{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04366e-2024-05-20T11:50:33+01:00",
    "date": "2024-05-20T11:50:33+01:00",
    "ocid": "ocds-h6vhtk-04366e",
    "initiationType": "tender",
    "tender": {
        "id": "DN709123",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Activating Community Health - Millom",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "The project includes a new leisure facility to be built within an existing high school site, Millom School. The school will remain live and operational during the work. The new building connects to the existing school building where a small hall that is currently within the school ownership would integrate into the facility and house the fitness suite. This school hall will require refurbishment to enable it to accommodate the new gym. The new facilities are to include 15x8m four lane community pool, new four court sports hall, a multipurpose studio, cafe, wet and dry changing and external access all weather pitch (AWP) team changing. To enable the project within the school site additional parking is required to the front of the school, which require demolition of an empty care takers cottage. There is also a requirement to offset the loss of hardstanding playground space to accommodate the facility by re-providing elsewhere on the school grounds in existing soft landscaped areas.",
        "value": {
            "amount": 12000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Council are seeking to appoint a design and build contractor to carry out a 2 Stage commission. * Stage 1: Design, development, consents and approvals. * Stage 2: Construction There is to be an Employer decision hold-point between Stage 1 and 2 when the Employer will decide whether or not to proceed to Stage 2. This decision will be at the Employers total discretion. Stage 1 will be administered under an NEC Engineering Construction Contract Contract (Option A). Stage 2 will be administered under an NEC Engineering Construction Contract (Option A). For Stage 1, the Contractor will enter into a Contract with the Council (the Employer) and develop the detailed design for the works outlined in the Works Information. It should be noted that whilst a stage 3 design has been developed (drawing included as previously referenced), the Council wishes to gain Contractor involvement and 'buildability' advice which is to be incorporated into the final design prior to submission of planning. The Contractor will undertake any necessary supplementary investigations, studies, assessments, etc., produce all drawings and specification for the works; identify and secure all necessary consents and approvals to enable successful construction of the works. The Contractor will provide a pre-construction information (PCI) document as well as an updated priced activity schedule for discussion and acceptance at the end of Stage 1. If the Employer accepts the Stage 1 products and price, the Contractor will be asked to provide the Stage 2 works by entering into a second Engineering and Construction Contract with the Employer. For the avoidance of doubt, the initial contract will be for the provision of Stage 1 works only. The Employer has no contractual obligation to commit for Stage 2 works. Additional information: Cumberland Council is fully supportive of all aspects of diversity including ethnicity, race, religion, age, disability and sexual orientation. In this respect Cumberland Council welcomes expressions of interest from ethnic minority, disabled and other diverse business communities and the voluntary sector. Economic operators are therefore required to fully comply with all statutory obligations/applicable legislation and there will be a requirement to participate in the authority's supplier audits on all aspects of diversity. The contracting authority expressly reserves the right: (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the contracting authority be liable for any costs incurred by the candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. The contracting authority reserve the right to use any electronic portal during the life of the agreement. The value provided in Section II.1.5 is only an estimate.",
                "value": {
                    "amount": 12000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "endDate": "2026-03-30T23:59:59+01:00"
                },
                "hasRenewal": false,
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "The Council is conducting a procurement using the restricted procedure in accordance with the Public Contracts Regulations 2015 (\"PCR\"). After the deadline the Council will undergo a short-listing process utilising the criteria identified within this PQQ. Candidates must observe word/page limit requirements where specified. Words which exceed the page limit will be disregarded and so will not contribute to the Evaluation Panel's assessment of the response. Where no word limit requirement is specified, please be succinct. The Council and the Project Team will evaluate PQQ submissions based on Candidates' responses. The five highest ranking Candidates will be issued the Invitation to Tender and be invited to submit a fully priced tender. Where the number of Candidates meeting the selection criteria and/or the minimum levels of ability is below the Council's required selection minimums the Council reserves the right to proceed to the ITT stage with fewer than five candidates. The Council reserves the right to increase the quantity proceeding through to ITT stage from five only where two or more Candidates have tied scores following the PQQ shortlisting evaluation stage. On Evaluation of the PQQ responses only the 5 highest ranking qualified candidates, as per the shortlisting criteria contained in this document, will be issued with an Invitation to Tender (ITT). In the event of a tie in scoring for fifth place the Council will take forward Candidates positioned in; 1st, 2nd, 3rd, 4th and those tied in 5th place."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKD1"
                    },
                    {
                        "region": "UKD1"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.the-chest.org.uk",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-03-04T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-80139",
            "name": "Cumberland Council",
            "identifier": {
                "legalName": "Cumberland Council"
            },
            "address": {
                "streetAddress": "Cumbria House, 107 - 117 Botchergate",
                "locality": "Carlisle",
                "region": "UKD1",
                "postalCode": "CA1 1RD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mrs Hayley Samson",
                "email": "hayley.samson@cumberland.gov.uk",
                "url": "https://www.the-chest.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.cumberland.gov.uk/",
                "buyerProfile": "https://www.cumberland.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-954",
            "name": "High Court of England",
            "identifier": {
                "legalName": "High Court of England"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-114035",
            "name": "Thomas Armstrong (Construction) Ltd",
            "identifier": {
                "legalName": "Thomas Armstrong (Construction) Ltd"
            },
            "address": {
                "locality": "Maryport",
                "region": "UKD1",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-80139",
        "name": "Cumberland Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "015829-2024-1",
            "relatedLots": [
                "1"
            ],
            "title": "Activating Community Health - Millom - STAGE 1 ONLY",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-114035",
                    "name": "Thomas Armstrong (Construction) Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "015829-2024-1",
            "awardID": "015829-2024-1",
            "title": "Activating Community Health - Millom - STAGE 1 ONLY",
            "status": "active",
            "value": {
                "amount": 411718,
                "currency": "GBP"
            },
            "dateSigned": "2024-04-22T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "2",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}